PAINT SYSTEM
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Maritime Puget Sound is soliciting quotes for a Paint System for ship hull antifouling and special purpose topside hull AF paint. This is a 100% Total Small Business Set-Aside for a Firm Fixed-Price supply contract with delivery to the Puget Sound Naval Shipyard in Bremerton, WA. Quotes are due by February 24, 2026, at 7 AM Pacific Time.
Scope of Work
The requirement is for RED ship hull antifouling paint, manufactured in accordance with MIL-PRF-24647, with a maximum VOC of 400 GPL. The National Stock Number (NSN) is 8010-LLN037672, and the manufacturer part number is N51R301. The paint must meet MIL-PRF-24647E, Type 1, Class 1,2, Grade A, B, with specific requirements for VOC, no heavy metals, and no mercury. A minimum of 85% shelf-life must remain upon receipt. Deliverables include 5-gallon cans of the specified paint.
Key Deliverables & Requirements
- Certificate of Compliance (COC): Required for each lot of material shipped, signed by an authorized quality assurance official, and submitted via the Wide Area Work Flow (WAWF) e-Business Suite.
- Safety Data Sheets (SDS): Required for hazardous materials.
- Marine Paint Labeling: Must comply with NESHAP, include container labels with VOC and batch number, and provide batch certification forms.
- Approved Product: An Approved Products List (AUL) identifies "SEAVOYAGE COPPER FREE ANTIFOULING PAINT, RED" by The Sherwin-Williams Company (P/N N51R301) as an approved product, detailing approved application methods (brush & roll, spray) and zones.
Contract Details
- Contract Type: Firm Fixed-Price supply contract.
- Set-Aside: 100% Total Small Business (FAR 19.5).
- NAICS: 325510 with a 1000-employee size standard.
- Place of Performance/Delivery: Puget Sound Naval Shipyard, Bremerton, WA. Delivery is FOB Destination.
- Delivery Required: On or before March 31, 2026.
Submission & Evaluation
- Quote Due: February 24, 2026, 7 AM Pacific Time.
- Submission Instructions: Quotes must be submitted electronically to vera.anderson@dla.mil. Submissions must be fully completed and signed, including CAGE code, company size (small/large), commercial item status, lead time, pricing for each CLIN, manufacturer details (name, country, part number), specification sheets, redacted manufacturer/distributor quote, and all representations/certifications. Current SAM.gov registration is mandatory.
- Evaluation Factors: Technical, Price, and Performance.
- Payment: Will be made via Wide Area Work Flow (WAWF).
Additional Notes
Contractors will need a Defense Biometric Identification System (DBIDS) credential for base access, and all deliveries must pass through the base Truck Inspection Station.